Specifications include, but are not limited to: A. Charging station shall have dual port Level 2 chargers with J1172 connectors at a minimum, capable of providing at least 6 kW per port simultaneously across all AC ports. B. Electric Vehicle charging station infrastructure for AC Level 2 that is open to all drivers without requiring subscription. C. Provide new AC Level 2 charging that transfers both 208 volts or 240 volts (depending on location, see Attachment C) of electricity from the electrical grid to vehicle batteries. D. A revenue stream to pay for electricity, capital equipment, operation and maintenance, without any upfront costs to the City. E. Ability for drivers to find charging stations via web-enabled cell phones. F. Charging stations shall have visible signage identifying their customer service support (telephone, website, or e-mail) and customer service hours of operation. G. Notification by SMS, text or email when charging is complete. H. Authenticated access to eliminate energy theft. I. Security design such as tamper-resistant screws, anti-vandalism hardware, locked enclosures, and graffiti-resistant coating. J. Safety information where Offeror should provide, in their proposal response, a detailed account of their system’s safety measures; user instructions; user preventative safety measures; and user instructions in case of emergency. K. Remote monitoring and diagnostic for superior quality of service. L. Equipment that is factory calibrated (as applicable) prior to, or during installation, in accordance with the Original Equipment Manufacturer (OEM) standards. M. Equipment that has the most current software version available as of the proposal submission due date for this RFP. N. Equipment that is in compliance with ADA regulations for usage. O. Screen display shall be user-friendly and easy to operate. Displays shall be LCD, LED or equivalent, and shall be readable in direct sunlight and at night. P. Equipment must be able to withstand varying temperatures, weather conditions, and accommodate snow removal equipment and maintenance. Respondent must outline maintenance requirements associated with such equipment, but understand that all maintenance, service requests, and replacement is the responsibility of the successful Offeror. Q. Capable of accepting and processing point of sale transaction payments of all major credit cards and ATM cards through a secure system. Methods and forms of acceptable payment must be explained and provided with response, and payment software must be Payment Card Industry (PCI) compliant. a. Demonstrate PCI Compliance. The successful Offeror needs to provide documentation on the following: i. Level 1 Compliant: A PCI Data Security Standard (DSS) Service Level 1 compliant provider has proven their ability to not only process credit cards in large volume, but also maintain the highest level of security. ii. SOC 1 or SOC 2 Reporting: The Offeror shall indicate whether it has service auditor’s report (commonly referred to as SOC 1 or SOC 2 reports) or similar document that describes the effectiveness of the Offeror’s internal control environment as it relates to data security. The Offeror shall provide upon request their current and any annual updates of these reports. The Offeror shall include in the proposal their approach to data security. iii. Cybersecurity Insurance Policy: This policy will protect the City if there is a security breach of mobile payment platform. See Insurance section XVII for insurance requirements. R. The supporting management software must be capable to monitor usage and run corresponding reports. S. Providing timely maintenance services and 24/7 customer support. T. The equipment/components can be listed by Underwriters Laboratories (UL) or any Nationally Recognized Testing Laboratory (NRTL) that meets the requirements of OSHA in 29CFR 1910.7 for the use of “Electric Vehicle Charging Stations”. U. The firm shall propose business model(s) that are advantageous to the end users as well as the City and promote the use of electric vehicles.